Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

58 -- Audio Matrix

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R10T1077
 
Response Due
9/8/2010
 
Archive Date
11/7/2010
 
Point of Contact
Teresa Beebe, 928-328-2357
 
E-Mail Address
MICC Center - YPG
(teresa.beebe@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combination Synopsis/Solicitation Audio Matrix Solicitation Number: W9124R-10-T-1077 Response Due Date: 08 September 2010 8:00 AM MST This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Acquisition of Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-43, effective 02 August 2010; Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20100820 Edition. This commercial item acquisition is being solicited as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 334419 with a size standard of 500 employees. The awarded contract will be firm fixed priced. It is anticipated that payment will be made by Government Visa Payment Card. Offerors shall account for any costs associated with accepting Visa as a method of payment. All prospective offerors must be actively registered in the Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. Quotes are being solicited on a brand name or equal basis. The manufacturer of the brand name or equal items being solicited is Universal Switching Corp, located at 7671 N. San Fernando, Burbank, CA 91505-1073. Offerors proposing to furnish other than the brand name items being solicited shall provide sufficient technical literature to enable the government to determine that the proposed items meet or exceed all of the minimum salient characteristics of the brand name items being solicited (Ref FAR provision 52.211-6). If the lowest priced quote is an equivelant item, then demonstrations will be held at the U.S. Army Yuma Proving Ground located in Yuma, AZ from 13 through 16 September 2010 5:00 PM Mountain Standard Time (MST). Demonstrations shall not be held if the suggested name brand is the lowest priced quote. All interested vendors shall submit their request to conduct a product demonstration to the point of contact listed below no later than 08 September 2010 at 8:00 AM MST. Vendor demonstrations shall be scheduled based upon the order the request was received and shall be based upon availability. Demonstrations shall provide sufficient evidence that the equivalent product meets the Statement of Requirements for Audio Matrix. A product demonstration shall not be required for vendors quoting the requested brand name product. The government shall not be liable for any costs incurred for a vendor to conduct a product demonstration. All vendors conducting a demonstration shall acquire a Visitors Pass and shall contact the point of contact listed below for futher instructions. The Combined Synopsis/Solicitation (CSS) and Statement of Requirements for Audio Matrix are located at the U.S. Army Mission and Installation Contracting Command Center-Yuma website at: http://www.yuma.army.mil/sitecontracting.asp. The quotation shall consist of the following Contract Line Item Number/s (CLIN): CLIN 0001, Quantity of two (2) each, 12X152 Relay Matrix, part number, 12595-19-501; CLIN 0002, Quantity of twenty-one (21) each, Cable Assembly: three (24-pin) to one (50-pin) telco connector, part number CA12595; CLIN 0003, Quantity of four (4) each, 12X24 Relay Matrix, part number 12595-06-501; CLIN 0004, Quantity of one (1) each, Routeware Pro 3.0, part number RWP 3.0 to include training and maintenance. The government anticipates to evaluate all quotations based upon lowest price technically acceptable. All quotations will be evaluated for technical acceptability. Award will be made on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award. All quotations shall be clearly marked with Request for Quotation (RFQ) reference number W9124R-10-T-1077 and e-mailed to the Point of Contact below no later than 08 September 2010 at 8:00 AM MST. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name and address; (2) Point of contact with telephone and facsimile numbers and e-mail address; (3) A completed copy of both FAR 52.212-3 Representations and Certifications Alt I and DFARS 252.212-7000 Offerors Representations and Certifications-Commercial Items; (4) Sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements (Ref FAR 52.211-6); (5) Proposed delivery schedule; (6) Price (both unit price and total price) to include any applicable freight; (7) Acknowledgement of any amendments to the RFQ and (8) A statement indicating if the Government VISA credit card will be accepted as the method of payment. All quotations shall include any transportation costs to U.S. Army Yuma Proving Ground, Yuma, Arizona 85365-9498. Arizona vendors shall include the Arizona Privilege Tax. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. FAR provision 52.211-6, Brand Name or Equal (Aug 1999); FAR provision 52.212-1, Instructions to Offerors of Commercial Items (Jun 2008). NOTE: In order to complete the Representations and Certifications for the following referenced provisions, you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the referenced clause, copy and paste it to a word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions- Commercial Items (June 2010) applies to this acquisition. Addendas attached are: FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Jul 2010) applies to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-14 - Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-54, Employment Eligibility Verification, (Jan 2009); 52.225-13, Restrictions on Certain Foreign Purchases, (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer (Oct 2003) and 52.232-36, Payment by Third Party (Feb 2010). The following DFARS provisions apply to this acquisition: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); 252.225-7000 Buy American Act-Balance of Payments Program Certificate. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) applies to this acquisition, and specifically, FAR Clause 52.203-3, Gratuities (Apr 1984); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009); 252.243-7002 Requests for Equitable Adjustment (MAR 1998); and 252.247-7023, Transportation of Supplies by Sea (May 2002). DFARS clauses 252.211-7003, Item Identification Valuation (Aug 2008) and 252.232-7010, Levies on Contract Payments (Dec 2006) are added by addendum.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e0142fac995ff74387f08d0a79cc0178)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02263247-W 20100903/100901234925-e0142fac995ff74387f08d0a79cc0178 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.